HomeMy WebLinkAboutVieth Construction CorporationVieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
e /7-9
,
/
Vieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
A, ,
z
rbc, Lam -
%g °-• ,� S4-7 . rS`
FORM OF BID OR PROPOSAL
F.Y. 2018 BROCK 2ND ADDITION SANITARY SEWER EXTENSION
CONTRACT NO. 932
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1.The undersigned, being a Corporation existing under the laws of the State of
, a Partnership consisting of the following partners:
, having
familiarized (himself) (themselves) (itself) with the existing conditions on the project area
affecting the cost of the work, and with all the contract documents listed in the Table of
Contents and Addenda (if any), as prepared by Wayne Claassen Engineering &
Surveying, Inc. now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby
proposes to furnish all supervision, technical personnel, labor, materials, machinery,
tools, appurtenances, equipment, and services, including utility and transportation
services required to construct and complete this F.Y. 2018 BROCK 2ND ADDITION
SANITARY SEWER EXTENSION, Contract No. 932, all in accordance with the above -
listed documents and for the unit prices for work in place for the following items and
quantities:
F.Y. 2018 BROCK 2ND ADDITION SANITARY SEWER EXTENSION
CONTRACT NO. 932
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. . QTY.
UNIT BID
PRICE
TOTAL BID •PRICE
001
MOBILIZATION
L.S.
1
$ / dcQd
$ / %, L' ,;
002
CLEARING AND GRUBBING
L.S.
1
$ 4' J~a-)
$ E 3R0d --
003
SEED AND FERTILIZE (IDOT URBAN MIX)
ACRES
0.8
$ /6C/C.0
$ i 2. -bo -"
004
MULCH (IDOT URBAN MIX)
ACRES
0.22
$ /va-) -
$ 2--" --
005
12" DIA., STRAW FILLED WATTLES
L.F.
252
$ S '
$ 1e- 6 6
006
WOOD EXCELSIOR MAT FOR DITCH PROTECTION
S.F.
25,165
2U
'.
$ 3-6 33
$ —
007
TRAFFIC CONTROL
L.S.
1
$ Z Sao -
$ 25do
008
MAINTENANCE BOND, 2 -YEAR
L.S.
1
$ 2 S -du
$ 2 S2c�
FORM OF BID
CONTRACT NO. 932
Page 1 of 4
101
SANITARY SEWER MANHOLE, STANDARD
EACH
3
�� vv J
102
SANITARY SEWER, 8 -INCH DIA.
L.F.
906.5
$ 2 is
$ /94 36s--
501
FULL DEPTH PAVEMENT SAW CUT
L.F.
103
$ y
$ E i
502
REMOVALS, CURB AND GUTTER
L.F.
46
$ S `--'
$ / 3 &
503
REMOVALS, P.C.C. PAVEMENT
S.Y.
75
$ ' (-
$ / J v v
504
REMOVALS, H.M.A. PAVEMENT
S.Y.
36
$ 41 ��'
$ 70 U' 8
505
PAVEMENT, P.C. CONCRETE, 8" THICK, I.D.O.T.
CLASS M-4
S.Y.
58
$ / `:
$ G 9 b O
506
PAVEMENT, P.C. CONCRETE, WITH INTEGRALc�
CURB, 6" THICK, I.D.O.T. CLASS M-4
S.Y.
63
$ ?c
$ r 5 7C
507
SUBBASE, MODIFIED
TON
66
$ 0 2-
$ Z ? ? 2.
508
CLASS A 1" ROADSTONE, FOR SHOULDER
RESTORATION, 6" COMPACTED THICKNESS
TON
11
$ `-
$ d
TOTAL BASE BID
670
2s q 792, 7
2. It is understood that the quantities set forth are approximate only and subject to
variation and that the unit bid price for the work done shall govern in the actual
payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City
of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of
this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30)
days after the opening thereof, or at any time thereafter before this bid is
withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance
within ten (10) days after the agreement is presented to him for signature, and
start work within ten (10) days after "Notice to Proceed" is issued.
4. Security in the sum of 57, f 6/ 4
Dollars ($ ) in the form of !S ! �� ��✓
is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
FORM OF BID
CONTRACT NO. 932 Page 2 of 4
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Resident Bidder Certification ( I '. ), or Non -Resident
Bidder Certification ( ). (Mark one.)
7. The bidder is prepared to submit a financial and experience statement upon
request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate
of $10,000.00 in work for the City in the current calendar year, are prepared to
submit an AAP or Update and an EOC, within ten (10) days of notification that the
bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No.
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and
bid items on the City of Waterloo Minority and/or Women Business Pre-bid
Contact Information Form submitted with this Form of Bid or Proposal. The
apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on
this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All
Subcontractor(s).
The Contractor shall submit information on subcontractors on
"SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City
prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract
Compliance Officer cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their
subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable
are marked "none" or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to
reduce quantities prior to the award of a contract due to budgetary limitations.
FORM OF BID
CONTRACT NO. 932 Page 3 of 4
Vieth Construction
Corporation
6419 Nordic Dr.
Cedar F IIsi IA 60613
(Name of Bidder)
BY:
Title
Official Address: (Including Zip Code):
_7/v//
(Date)
Vieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
I.R.S. No.
FORM OF BID
CONTRACT NO. 932
Page 4 of 4
State of
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
C)
County of
64_4-c, - /4 -e -44 -
)ss
7-3,().7 G' 74l: /7/ , being first duly sworn, deposes and says that:
1. He is 71Owneryartner Officer Representative, or Agent) , of
, the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded,
conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person
to submit a collusive or sham Bid in connection with the Contract for which the attached
Bid has been submitted or to refrain from bidding in connection with such Contract, or
has in any manner, directly or indirectly, sought by agreement or collusion or
communication or conference with any other Bidder, firm or person to fix the price or
prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost
element of the bid price or the bid price of any other Bidder, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against the City
of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or
any of its agents, representatives, owners, employees, or parties in interest, including this
affiant.
(Signed)
--/ cLe_1-(-
Subscribed and sworn to before me this
126 , 2011. ,
My commission expires
UAL
Title
ID
day of
eu/vJT.
KARI LYNN JANSEN
COMMISSION NO.777490
MY COMMISSION EXPIRES
MARCH 15, 2019
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services
doing business with the City and value of said business equals or exceeds ten
thousand dollars ($10,000.00) annually agree as follows:
1. The contractors, subcontractor, vendor and supplier of goods and services
will not discriminate against any employee or applicant for employment
because of race, color, creed, sex, national origin, economic status, age,
mental or physical handicap, political opinions or affiliations. The
contractor, subcontractor, vendor and supplier will develop an Affirmative
Action program to ensure that applicants are employed and that
employees are treated during employment without regard to their race,
creed, color, sex, national origin, religion, economic status, age, mental or
physical disability, political opinions or affiliations. Such actions shall
include but not be limited to the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f. Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services
will, in all solicitations or advertisements for employees, state that all
qualified applicants will receive consideration for employment without
regard to race, creed, color, sex, national origin, religion, economic status,
age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective
bargaining representative will send to each labor union or representative
of workers which he/she has a collective bargaining agreement or other
contract or understanding, a notice advising said labor union or workers'
representative of the contractor's commitment under this section.
4. The contractor, subcontractor, vendor and supplier of goods and services
will comply with all published rules, regulations, directives, and order of
the City of Waterloo Affirmative Action Program Contract Compliance
Provisions.
EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES
5. The contractor, subcontractor, vendor and supplier of goods and services
will furnish and file compliance reports within such time and upon such
forms as provided by the Affirmative Action Officer. Said forms will elicit
information as to the policies, procedures, patterns, and practices of each
subcontractor as well as the contractor himself/herself and said contractor,
subcontractor, vendor and supplier will permit access to his/her
employment books, records and accounts to the City's Affirmative Action
Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action
Program—Contract Compliance Provisions relative to Resolution No.
24664.
6. In the event of the contractor's non-compliance with the non-discrimination
clauses of this contract or with any of such rules, regulations and orders,
this contract may be canceled, terminated or suspended in whole or in
part and the contractor may be declared ineligible for further contracts in
accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services
will include, or incorporate by reference, the provisions of the non-
discrimination clause in every contract, subcontract or purchase order
unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or
purchase order that said provisions will be binding upon each contractor,
subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed
to non-discrimination in employment. Any person who applies for
employment with our company will not be discriminated against because
of race, creed, color, sex, national origin, economic status, age, mental or
physical disabilities.
(Signed)
(Appropifiate Official)
!2 1 .
EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
-e/A--// 2
efio /7 2
5.9, J . ,S'��
To be a qualified resident bidder, the bidder shall be a person or
entity authorized to transact business in this state and having a
business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his
subcontractors at the work site until this project is completed.
hereby certify that l am a resident bidder as defined above.
VIETH CONSTRUCTION CORP.
6419 NORDIC DR.
CEDAR FALLS, IA 50613
COMPANY NAME
CORPORATE OFFICER C�
TITLE /e -(---S •
DATE e//6/(
2
Prime Contractor Name: � / - ?7/
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
c: -J c>--, Project: 4' 9 3 Z- ,12. c) c/t Letting Date:
NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form. / e
Contractor Signature: /G4—c-7 C �j�� Title: Date: 07A_,(7
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form
showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions
should be directed to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBEIWBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBENVBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBENVBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
7/4_,07""A -it., A. -s -,7
7/i 0 7
/('`"'
7(.3 / fi '7
/— ._
c�
e s w Tu ,.)4
7(3177)
."(-L--)
7(3 r 2
/K---)4--'
a
/
e of C-•
77.�, 2
/J)
7/ /-(r 7
il-iv
O
(Form CCO-4) Rev. 06-20-02
BID BOND
KNOW ALL MEN 13Y THESE PRESENTS, that we, Vieth Construction Corporation
as Principal, and North American Specialty Insurance Company
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum ---Five Percent of the Bid Submitted ---
Dollars ($ ---5%--- ) lawful money of the United States, for the payment
of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by these presents. The condition of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the 10th day of August
, 2017 _, for F.Y. 2018 Brock 2nd Addition Sanitary Sewer Extension, Contract No. 932
NOW, THEREFORE,
(a) if said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified
and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons
performing labor or furnishing materials in connection therewith, and shall in all other respects perform the
agreement created by the acceptance of said Bid,
Then this obligation shall bo void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as
provided in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond
shall be in no way impaired or affected by any extension of the time within which the Owner may accept
such Bidor execute such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such
of thom as are corporations, have caused their corporate seals to be hereto affixed and these presents to be
signed by their proper officers this 31st day of July , A.D. 2017 ,
By
North Am
Vieth Construction Corporation (Seal)
Principal
(Title)
t•ican Specialty I mo ce Compar, Seal)
Surety
LA--)
Attorn -in-f I4 one R. Young
NAS SURETY GROUP
NORTI-I AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OR ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg, Illinois, each docs hereby make, constitute and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BAk'I'ENHAGEN,
CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, STACY VENN, LACEY CRAMBLIT and DIONE R. YOUNG
JOINTLY OR SEVERALLY
Its True and lawful Attorney(s)-in-Fact, to make, execute, scal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contacts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION ($50,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 911' of May, 2012:
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of thele hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
Steven P. Andean::, m' Se:: Vis President of Washington In4enmtion:d Insmrunce m
rCompa
A Senior ice President of North American Specialty Imnr:u¢e Company
Tiichnc1 A.
By
Iia, m Nw Pau: cm m \m, nGlan adc:'nahmud l:snranee 0 rmpmnv
& Semen' vire President of North Alumina Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington Intranational Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 8th day of September , 2015
State of Illinois
County of Cook
ss:
North American Specialty Insurance Company
Washington International Insurance Company
On this 8th day of September , 20 15 , before me, a Notary Public personally appeared Steven P. Anderson Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specially Insurance Company and Michael A. Ito
Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance
Company, personally known to me, who being by 1110 duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
OFFICIAL SEAL
M KENNY
NOTARY PUBLIC, STATE OF ILLINOIS
MY COMMISSION EXPIRES 12/04/2017
NI. Kenny. Notap' Public
I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specially Insurance Company and Washington International Insurance Company, which is still in full force and effect.
IN WITNESS WHEREOF, 1 have set my hand and affixed the seals of the Companies this 31st day of July
, 2017
Jeffrey Goldberg, twee President & Assistant secretary or
Washington International Insurance Company & Noth American Specialty 1